REQUEST FOR PROPOSALS

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS"

Transcription

1 REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC (202) (202) fax Procurement Number: EUROPE2017M09o Open Date: January 29, 2018 Questions Deadline: February 2, 2018 Closing Deadline: February 9, 2018 Geographical Area Restrictions: 937 Point of Contact: Alex Background The International Republican Institute (IRI) is a nonprofit, nonpartisan, organization dedicated to advancing freedom and democracy worldwide. Since 1983, IRI has worked to develop democratic institutions and ideals, carrying out a variety of international programs to promote freedom, self-government and the rule of law worldwide. IRI provides technical assistance in the areas of political party strengthening, developing civic institutions and open elections, promoting democratic governance and advancing the rule of law. IRI has been longitudinally researching public opinion in Macedonia since the late 1990s. IRI uses polling to provide political parties, civil society and media with independent, comparative and in-depth research and analysis of popular opinion on the quality of democracy and governance in Macedonia. IRI believes that public opinion research plays a crucial role in democracies, since a key element of decision making and policy making is representing the will of citizens. This can only happen if political actors, government, civil society and media are aware of what citizens want. Period of Performance February 15, September 30, 2018 Statement of Work The successful bidder will conduct two opinion polls according to the following requirements; OBJECTIVES OF THE RESEARCH Public opinion data shall be obtained through a survey of Macedonia that is designed to obtain the most accurate possible information about the public s evaluation on governance, performance of the executive branch and other state institutions, as well as other governance and reform issues in relation to the implementation of the Plan and the Urgent Reform Priorities. A nonprofit organization dedicated to advancing democracy worldwide

2 RESEARCH TASKS (1) General Responsibilities of Bidder. The bidder shall be responsible for the project design and execution, including the following specific tasks: (a) Usage of CAPI devices; (b) Developing a sampling plan to be based a multistage stratified plan; list and explain any geographic or other exclusions. The proposed sampling plan will be reviewed by the IRI Office of Research and any further changes agreed upon by IRI and the bidder will be incorporated; (c) Training supervisors and interviewers; (d) Arranging and supervising all aspects of fieldwork, including back-checks; (e) Processing the survey data, including data cleaning and encoding survey responses; (f) Ascertaining the representativeness of the sample and weighting the data, if necessary; (g) Conducting a statistical analysis of the findings and writing a 3-6 page analytic report to place the findings within Macedonia s political context. (2) Questionnaire. IRI will provide a draft questionnaire and the bidder will provide input, such as a need for rephrasing certain terms for local context. IRI requests the questionnaire be translated into Albanian and Macedonian. Translations will be reviewed and approved by IRI. The questionnaire may call for showcards, which need to be printed in all translated languages. The estimated average interview duration is 30 minutes. 3) Sample Design. IRI requires a national sample of 1,100-1,200 adults, age 18 or older, that is representative of the population of the survey universe. Planned exclusions of the population of the survey universe (e.g. geographic etc.) must be discussed during the quotation stage. The sample shall be drawn using recognized probability methods, all the way down to the selection of the individual respondent at the household level. In the event that any departure from probability sampling methods is recommended by the bidder for all or any part of the survey, the sampling methodologies to be employed shall be described in detail and a rationale for their use shall be provided. IRI s general preferred sampling approach is: Stage 1: PPS Stratification by administrative units as per census (e.g. province, district etc.) Stage 2: PPS Stratification by urban/rural (if census data exists) Stage 3: Random selection of sampling point (no more than 10 interviews per sampling point) within each Stage 2 stratum Stage 4: Random route household selection within each sampling point. Starting point within sampling point ideally randomly determined by satellite map or GPS coordinates. Stage 5: Random selection of respondent within each selected household by KISH grid or last/next birthday method. A detailed sampling plan shall be submitted to IRI prior to fieldwork, including: 1. A description of the survey coverage 2. An allocation of the sample 3. A description of the sampling frame 4. A description of any stratification criteria to be used

3 5. A description of the stages of selection and the selection methods to be used at each stage 6. A definition of the sampling points and approximate number of interviews to be conducted within each sampling point 7. The method to be used for respondent selection at the household level 8. An explanation for any divergence from use of the KISH grid for respondent selection 9. Call-back rules to be employed It is assumed that the sample will be distributed in proportion to the population of each region or other geographic unit to be surveyed. In the event that the bidder wishes to propose a sample design departing from this principle, the proposal should describe the allocation to be used and the reasons for doing so. (4) Pre-test. The questionnaire shall be pre-tested by the bidder prior to the commencement of any fieldwork. No less than 20 pre-test interviews shall be conducted and in surveys with translations into multiple language, no less than 10 interviews per language. The bidder shall provide IRI with a written report of the results of the pre-test, along with details of any problems encountered and suggested remedies, prior to the commencement of any fieldwork. (5) Fieldwork. Interviews shall be conducted by experienced field workers who shall be thoroughly briefed by the bidder prior to commencement of any fieldwork. IRI may send a representative to observe training and/or some interviews. The bidder shall ensure that interviewers are thoroughly familiar with household and respondent selection procedures, call back procedures, and the structure of the questionnaire, including routing and filtering. Interviewer training shall include practice sessions in administering the questionnaire. All interviewers must have at least completed secondary education and must be fully fluent (reading and speaking) in the language(s) in which they are to administer the interviews. A minimum of 20% of interviews shall be back checked or accompanied by a team supervisor, or back checked by phone. The interviews shall be face-to-face via CAPI. (6) Data Processing. The bidder shall be responsible for data entry, cleaning, and processing, including development and implementation of a coding scheme for all openended questions. The bidder shall supply data to IRI as a clean, fully labeled SPSS *.sav file with a complete data dictionary of variable names and value labels. There shall be one data record for each respondent and records shall be of fixed length. The bidder shall be responsible for deriving and applying any post-stratification weights required to bring the sample into conformity with the demographic profile of the population at the very least for gender and age groups, as well as any additional weighting factors required to correct for disproportionate allocation, if use. If demographic weights were to exceed a factor 1:8, this would need to be discussed in writing with IRI before the weight is applied. Ideally, IRI would want education groups included in weights, and if available demographic data allows it, those without formal education would be assigned to a separate code from those with at least some primary education. Each record shall include a unique respondent ID number, interviewer ID number, sampling point ID number, and codes for precise location and date of interview. Each record shall include demographic information about the respondent, including: gender, exact age, and education level.

4 (7) Methodological Report. When delivering data, the bidder shall provide a Methodological Report which shall include the following: (a) A complete sampling plan, including list of Primary Sampling Units (PSUs) and individual sampling points and number of interviews conducted at each sampling point; (b) Details of response rates, including tabulation of unsuccessful interview attempts by sampling point, with reasons for non-response (i.e. respondent refusal, proxy refusal, inability to locate selected respondent, rejection to political surveys, etc.); (c) A brief report on survey operations including any practical difficulties encountered in carrying out the survey; (d) Estimated sampling error; (e) A complete explanation of the weighting scheme including details of how weighting factors were developed and applied, as well as the demographic data on which weights were based (i.e., age, gender, and education distributions in the population); (f) Questionnaire duration; (g) Reactions from the field (8) Analytical Report. The bidder will provide an analytical report of approximately 5 pages highlighting key findings from the data and placing these findings within the local context. Mere description of data is not sufficient; the report must contain analysis. (9) Summary of deliverables. The deliverables to be provided to IRI by the bidder are as follows: (a) A complete data set formatted as SPSS file, Excel and Word files of the data (b) A copy of the final questionnaire, as fielded, in English, Macedonian and Albanian language (c) A methodological report (d) An analytical report (e) Preparation of PowerPoint presentation (10) Delivery Schedule. The bidder will advise IRI on a feasible timeline for completing work on this project as soon as possible, with the deliverables listed in Section 9 above to be submitted no later than 2 weeks after the conclusion of fieldwork. (11) Proposals must contain: (a) A list of surveys with similar specifications previously conducted in this country (b) A sample of prior work demonstrating methodological and analytical quality (c) Explain if planning on using subcontractors for any tasks (d) Is the bidder able to comply with all requirements listed on the SOW without alterations? If any proposed alterations, explain. (e) A description of the sampling methodology, including design and the source the sampling frame is drawn from, household selection, respondent selection, number of call-backs (f) The number of interviewers and tablets for CAPI that will be used (g) A description of interviewer training (duration, topics etc.) (h) A description of fieldwork quality control (direct observation, personal backchecks, phone backchecks etc.)

5 (i) A description of data entry and data checks protocol (e.g. checks for duplicate entries, logic checks etc.) Working with IRI 1) The Contractor must respond to IRI s questions via or phone in this scope of work within an hour to acknowledge receipt of request and prepare drafting response. 2) Principal must refrain from publicly giving an impression of political bias, including in traditional and social media. 3) Time is of the essence in the performance of the obligations under this scope of work. Technical Proposals All proposals submitted to IRI must include: 1. Information addressing the bidder s experience in providing each of the services identified in the above Statement of Work and the bidder s proposed specific approach for providing those services to IRI under this contract, including sufficient information to determine a clear definition of services as it relates to other providers that may be involved. 2. The name, address, and telephone and facsimile numbers of the bidder (and electronic address if available). If the bidder is a firm, name(s) should be provided for individuals authorized to conduct business on behalf of the firm. 3. Bidders may provide a list of up to three references for work performed of a similar nature during the last three years, along with contact details. IRI may contact the references to evaluate past performance. 4. If the bidder is a U.S. organization/resident, or a foreign organization/resident which has income effectively connected with the conduct of activities in the U.S. or has an office or a place of business or a fiscal paying agent in the U.S., the information submitted must contain the bidder s taxpayer identification number. 5. Proposals will not exceed 10 pages (not including cover page). Price Proposals Bidders must propose a firm-fixed unit price for each of the deliverables identified below and in the format of the table below. The bidder s pricing must be valid for at least 60 (sixty) calendar days after the due date for proposal submission. The proposed unit price should be fixed and inclusive of all costs to perform, including inspection services, transportation, taxes, import duties (if any), and other levies. To the extent that a bidder proposed to include any pricing not reflected in the table below, such pricing must be fully described in the proposal. Proposals must be submitted in U.S. dollars and payments under any resulting contract will also be made in U.S. dollars. Unit/Deliverable Unit Price ($) Number of Units Total ($) Sample design 2 Methodological report in English 2 Questionnaire in English, Macedonia 2 and Albanian language Survey data in SPSS format and Microsoft Excel 2

6 Cross tabulated survey data for 10 to 2 20 relevant variables Analytic Report 2 Preparation of PPT presentation 2 Total Price Evaluation and Award Process 1. IRI may contact any bidder for clarification or additional information, but bidders are advised that IRI intends to evaluate the offers based on the written proposals, without discussions, and reserves the right to make decisions based solely on the information provided with the initial proposals. IRI may but is not obligated to conduct additional negotiations with the most highly rated bidders prior to award of a contract, and may at its sole discretion elect to issue contracts to one or more bidders. 2. Mathematical errors will be corrected in the following manner: If a discrepancy exists between the total price proposed and the total price resulting from multiplying the unit price by the corresponding amounts, then the unit price will prevail and the total price will be corrected. If there is a discrepancy between the numbers written out in words and the amounts in numbers, then the amount expressed in words will prevail. If the bidder does not accept the correction, the offer will be rejected. 3. IRI may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or sub-line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if IRI determines that the lack of balance poses an unacceptable risk. 4. IRI will conduct a source selection based as follows: IRI intends to make an award to the responsible bidder based on the following evaluation factors: a) Technical evaluation, (including technical capabilities, proposed technical approach, and personnel qualifications) 35 percent Capacity to field polls that adhere to international standards and best practices for survey research (15) Methods in place to ensure polling data integrity and quality (15) Ability to conduct analysis of high standards (10) b) Past performance and experience in performing similar projects 20 percent Demonstrable completion of similar projects with a high level of quality and expertise (15) Experience working with international and non-governmental clients (10) e) Price 45 percent IRI intends to evaluate bidders proposals in accordance with these factors and make an award to the responsible bidder whose proposal is most advantageous to the program. 5. If a cost realism analysis is performed, cost realism may be considered in evaluating performance or price.

7 Submission Instructions Bids must be submitted via to POC, Alex Tarascio, with the subject line EUROPE2017M09o by the deadline listed above. RFP Terms and Conditions 1. Prospective bidders are requested to review clauses incorporated by reference in the section Notice Listing Contract Clauses Incorporated by Reference. 2. IRI may reject any or all proposals if such is within IRI s interest. 3. Proof of costs incurred, such as but not limited to receipts, pictures and financial documents, may be requested during and for up to three years after the end of the contract period. 4. The bidder s initial proposal should contain the bidder s best offer. 5. Payment will be made upon receipt of invoices and deliverables/services. 6. Discussions with bidders following the receipt of a proposal do not constitute a rejection or counteroffer by IRI. 7. IRI will hold all submissions as confidential and submissions shall not be disclosed to third parties. IRI reserves the right to share proposals internally, across divisions, for the purposes of evaluating the proposals. 8. For any currency conversion, the exchange rate to US Dollars listed on oanda.com on the closing date of this solicitation shall be used. 9. Every contract will contain provisions governing termination for cause and termination for convenience. 10. By submitting a proposal, offeror agrees to comply with all terms, conditions, and provisions included in the solicitation and agreement to the services identified above, and will specifically identify any disagreement with or exceptions to the terms, conditions, and provisions. 11. Offerors confirm that the prices in the proposal/proposal/application/quote have been arrived at independently, without any consultation, communication, or agreement with any other bidder or competitor for the purpose of restricting competition. 12. Bidders agree to disclose as part of the proposal submission: o Any close, familial, or financial relationships with IRI staff and agents. For example, the bidder must disclose if a bidder s mother conducts volunteer trainings for IRI. o Any family or financial relationship with other bidders submitting proposals. For example, if the bidder s father owns a company that is submitting another proposal, the bidder must state this. o Any other action that might be interpreted as potential conflict of interest. Notice Listing Contract Clauses Incorporated by Reference IRI is required to make the contractor subject to certain flowdown clauses of the prime award. This awarded contract will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Where flow-down to the contractor is applicable, references to USAID/Department of State shall be interpreted to mean IRI, Recipient to mean Contractor, and Subrecipient to mean lower-tier subcontractor. Included by reference are the applicable provisions contained in Appendix II to 2 CFR Part

8 200 and USAID Standard Provisions for Non-US Non-governmental Organizations/US Department of State Standard Terms and Conditions. IRI Obligations Issuance of this RFP does not constitute an award commitment on the part of IRI, nor does it commit IRI to pay for costs incurred in the preparation and submission of a proposal or quotation. Required Certifications The following certificates need to be signed by all bidders. These certifications are an integral part of the quotation/proposal. Please print them off and send back to us with your proposal after signature on each certificate. They are: Certification regarding debarment, suspension, ineligibility and voluntary exclusion lower tier covered transactions Authorized Individuals Certification Regarding Lobbying

9 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS This certification implements Executive Order 12549, Debarment and Suspension and the requirements set forth in 2.C.F.R. 180, Subpart C. Copies of the regulations may be obtained by contacting the person to which this proposal is submitted. 1. By signing and submitting this proposal/application/quote, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal/application/quote is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order The prospective lower tier participant agrees by submitting this proposal/application/quote that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the IRI. 6. The prospective lower tier participant further agrees by submitting this proposal/application/quote that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 above, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a

10 person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Signature: Date: Name: Title/Position: Entity Name: Address:

11 Authorized Individuals The offeror/bidder/applicant represents that the following persons are authorized to negotiate on its behalf with IRI and to bind the recipient in connection with this procurement: Name Title Telephone Signature: Date: Name: Title/Position: Entity Name:

12 CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal Cooperative Agreement, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned must complete and submit Standard Form- LLL, Disclosure of Lobbying Activities, in accordance with its instructions. 3. The undersigned must require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients must certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, United States Code. Any person who fails to file the required certification will be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature: Date: Name: Title/Position: Entity Name: Address:

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2016IND09o Open

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: AFRICA2016TZ12o Open

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal REQUEST FOR PROPOSALS Procurement Number: WDN2017GLOBAL17o Open

More information

REQUEST FOR PROPOSALS. Hugues Marsac, Program Officer,

REQUEST FOR PROPOSALS. Hugues Marsac, Program Officer, REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: #AFRICA2015ML04o Open

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 800 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal REQUEST FOR PROPOSALS Procurement Number: WDN2017GLOBAL18o Open

More information

INVITATION FOR BIDS. Technical Bid: Interested bidders must present the technical bids outlining the following information:

INVITATION FOR BIDS. Technical Bid: Interested bidders must present the technical bids outlining the following information: INVITATION FOR BIDS International Republican Institute 1225 Eye St. NW, Suite 800 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: MENA2017J10o Open Date:

More information

INVITATION FOR BIDS. MENA2016E14o

INVITATION FOR BIDS. MENA2016E14o INVITATION FOR BIDS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: MENA2016E14o Open August

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 REQUEST FOR PROPOSALS Washington, DC 20005 (202) 408-9450 Procurement Number: EUROPE2018M01o Open Date: April 5, 2018 Questions Deadline: April

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: #PSVC15T01A Open Date:

More information

REQUEST FOR APPLICATIONS

REQUEST FOR APPLICATIONS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal REQUEST FOR APPLICATIONS Procurement Number: GOV2017PVE03o Open

More information

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 Equal Opportunity Employer/Program Auxiliary Aids and service are available upon request to individuals with disabilities Relay:

More information

REQUEST FOR APPLICATIONS. Point of Contact: Undrakh Dashjamts, Procurement Specialist

REQUEST FOR APPLICATIONS. Point of Contact: Undrakh Dashjamts, Procurement Specialist REQUEST FOR APPLICATIONS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: #ASIA2016MG01o Open

More information

Texas Rising Star Assessor Services RFQ. Cover Sheet

Texas Rising Star Assessor Services RFQ. Cover Sheet ATTACHMENT A Texas Rising Star Assessor Services RFQ Individual/Organization Name Mailing Address City, State, Zip Physical Address (if different) Contact Person & Telephone & Fax number & E-mail Cover

More information

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE Department of Health and Human Services Division of Mental Health, Developmental Disabilities and Substance Abuse Services Certification for Contracts,

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

Request for Quotation For Lawn Care Treatment

Request for Quotation For Lawn Care Treatment PAGE 1 OF 11 Request for Quotation For Lawn Care Treatment Head Start of Greater Dallas, Inc. is requesting quotes on Lawn Care Treatment which is designed to deliver positive results for weed control

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

Federal Certification Forms

Federal Certification Forms Federal Certification Forms Document 1. HUD Certificate Regarding Debarment and Suspension Instructions for Completion Submit with contract at execution. 2. EEO Certification Submit with contract at execution.

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

More information

CITY COLLEGE OF SAN FRANCISCO

CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS RFQ 166 ARCHITECTURAL/ENGINEERING DESIGN SERVICES ADDENDUM TWO Thursday August 2, 2018 CITY COLLEGE OF SAN FRANCISCO RFQ 166 DISTRICT-WIDE ARCHITECTURAL/ENGINEERING DESIGN SERVICES

More information

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION

More information

Employers Training Resource Program Year Youth Subrecipients

Employers Training Resource Program Year Youth Subrecipients TO: Employers Training Resource Program Year 2013-14 Youth Subrecipients FROM: Daniel C. Smith, Director Employers' Training Resource DATE: Friday, March 14, 2014 SUBJECT: Youth Request for Refunding (RFR)

More information

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information

Pittsburgh, PA 15213

Pittsburgh, PA 15213 The Board of Public Education of the School District of Pittsburgh Administration Building, 341 South Bellefield Avenue Pittsburgh, PA 15213 Inquiry Number 8796 Sealed bids for material listed herein will

More information

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR QUALIFICATIONS (RFQ) REQUEST FOR QUALIFICATIONS (RFQ) Emergency Services Planning and Exercise Services The Mid-America Regional Council (MARC) serves as the association of city and county governments and the metropolitan

More information

High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy

High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy High Point University s Office of Research Administration and Sponsored Programs Federal Purchasing Policy This purchasing (also known as procurement ) policy was developed to comply with Title 2, Subtitle

More information

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m.

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m. REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 2018 @ 12:00 p.m. DATE THAT SEALED BID PROPOSALS WILL BE PUBLICLY OPENED: June

More information

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:

More information

Food Services Procurement Policies and Procedures

Food Services Procurement Policies and Procedures Food Services Procurement Policies and Procedures Citizens of the World Los Angeles 5371 Wilshire Blvd., Suite 200 Los Angeles, CA 90036 www.citizensoftheworld.org CWC LA Procurement Policies and Procedures

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Disabled People s Organization in Timor-Leste RFP/17/032

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Disabled People s Organization in Timor-Leste RFP/17/032 INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Disabled People s Organization in Timor-Leste December 9, 2016 1 INTRODUCTION 1.1 Purpose The purpose of this Request for

More information

REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATIONS REPRESENTATIONS AND CERTIFICATIONS The Offeror identified below certifies to the following facts. The full text of the representations and certifications made below (and referenced to the right of each

More information

Maricopa County Policy/Contract Template Reference. Procurement Standards (http://www.ecfr.gov/cgi-bin/text-idx?node=2: )

Maricopa County Policy/Contract Template Reference. Procurement Standards (http://www.ecfr.gov/cgi-bin/text-idx?node=2: ) 200.317 Procurements by states. When procuring property and services under a Federal award, a state must follow the same policies and procedures it uses for procurements from its non-federal funds. The

More information

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS S For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS RFP # 740 PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS NOTICE TO BIDDERS 1. NOTICE IS HEREBY GIVEN that the New Haven Unified School District is seeking

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Minnesota Department of Natural Resources Project Overview Goals The Minnesota Department of Natural Resources, Division of Lands and Minerals, is seeking to establish a list of qualified

More information

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>>

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>> SERVICE CONTRACT BETWEEN KIPP, Inc. AND This Services Contract ( Contract ) is made and entered into by and between the KIPP, Inc. ( KIPP ), 10711 KIPP Way, Houston, Texas

More information

Renville County Purchasing Procedures (Procurement Policy)

Renville County Purchasing Procedures (Procurement Policy) Renville County Purchasing Procedures (Procurement Policy) Board approved 11-15-2016 1 RENVILLE COUNTY PURCHASING PROCEDURES I. Purchasing/Procurement Approval Requirements All employees authorized to

More information

Attention Vendors: Sincerely, Lisa Leggett Lisa Leggett School Nutrition Director Crisp County Schools

Attention Vendors: Sincerely, Lisa Leggett Lisa Leggett School Nutrition Director Crisp County Schools Crisp County Schools OFFICE OF THE SUPERINTENDENT Post Office Box 729 Cordele, Georgia 31010-0729 PHONE:229-276-3400 FAX:229-276-3406 Dr. David Mims, SUPERINTENDENT OF SCHOOLS May 6, 2016 Invitation To

More information

Request for Proposals Transit Signal Priority Concept of Operations

Request for Proposals Transit Signal Priority Concept of Operations Request for Proposals Transit Signal Priority Concept of Operations January 2019 Rogue Valley Transportation District 3200 Crater Lake Ave Medford, OR 97504 1 TABLE OF CONTENTS Section Topic Page No. PART

More information

Exhibit B ADMINISTRATIVE PROCEDURE DJ-R: FEDERAL PROCUREMENT MANUAL

Exhibit B ADMINISTRATIVE PROCEDURE DJ-R: FEDERAL PROCUREMENT MANUAL Exhibit B ADMINISTRATIVE PROCEDURE DJ-R: FEDERAL PROCUREMENT MANUAL FEDERAL PROCUREMENT MANUAL (For School Unit Procurements Using Federal Awards Subject to Uniform Grant Guidance) This Federal Procurement

More information

SDUSD Self Certification Checklist

SDUSD Self Certification Checklist TITLE 2 Grants and Agreements Subtitle A OFFICE OF MANAGEMENT AND BUDGET (OMB) GUIDANCE FOR GRANTS AND AGREEMENTS CHAPTER II OFFICE OF MANAGEMENT AND BUDGET GUIDANCE PART 200 UNIFORM ADMINISTRATIVE REQUIREMENTS,

More information

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL. For PURCHASE OF PERIPHERALS FOR MAC MINI

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL. For PURCHASE OF PERIPHERALS FOR MAC MINI For PURCHASE OF PERIPHERALS FOR MAC MINI [FEDERAL RACE-TO-THE-TOP GRANT (RTTT-D)] RFP #761 S #761 PURCHASE OF PERIPHERALS FOR MAC MINI DEPLOYMENT FEDERAL RACE TO THE TOP GRANT (RTTT D) NOTICE TO BIDDERS

More information

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) I-494/I-35W Interchange Vision Layout Development

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) I-494/I-35W Interchange Vision Layout Development REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) I-494/I-35W Interchange Vision Layout Development Note: This document is available in alternative formats for persons with disabilities

More information

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bidding and Estimating Educational Program

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bidding and Estimating Educational Program REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bidding and Estimating Educational Program Note: This document is available in alternative formats for persons with disabilities

More information

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators REQUEST FOR PROPOSAL No. FY19-17075 Facilitation Consulting Services October 2018 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION...1 1.1. PURPOSE AND BACKGROUND...1

More information

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bridge 9090 (Kennedy Bridge) Planning Study

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bridge 9090 (Kennedy Bridge) Planning Study REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bridge 9090 (Kennedy Bridge) Planning Study Note: This document is available in alternative formats for persons with disabilities

More information

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) 1. FAR 52.215-6 PLACE OF PERFORMANCE a. The Offeror or Respondent, in the performance of any contract resulting

More information

USAID GHSC PSM. Annex 2: Required Certifications

USAID GHSC PSM. Annex 2: Required Certifications Annex 2: Required Certifications The following Representations and Certifications must be completed and submitted with the proposal Part 2 along with the detailed requirements for Part 2 indicated in the

More information

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Metro Commercial Driver s License (CDL) Training Program

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Metro Commercial Driver s License (CDL) Training Program REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Metro Commercial Driver s License (CDL) Training Program Note: This document is available in alternative formats for persons with

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

REGION 3 EDUCATION SERVICE CENTER Regional Purchasing Cooperative 1905 Leary Ln, Victoria, TX Phone: (361) Fax: (361)

REGION 3 EDUCATION SERVICE CENTER Regional Purchasing Cooperative 1905 Leary Ln, Victoria, TX Phone: (361) Fax: (361) 1905 Leary Ln, Victoria, TX 77901 Phone: (361) 573-0731 Fax: (361) 576-4804 Forms Checklist (This forms checklist is provided for your convenience. Please complete and return all of the attached forms):

More information

LOCKHEED MARTIN CORPORATION CORPDOC 2B

LOCKHEED MARTIN CORPORATION CORPDOC 2B LOCKHEED MARTIN CORPORATION CORPDOC 2B FEDERAL ACQUISITION REGULATION (FAR) AND NATIONAL AERONAUTICS AND SPACE ADMINISTRATION FAR SUPPLEMENT (NASA FARS) FLOWDOWN PROVISIONS FOR SUBCONTRACTS/PURCHASE ORDERS

More information

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet LVIN ISD Purchasing Department Independent Contractor/Consultant Agreement CCA Packet Contracts with a yearly aggregate under $10,000 within a specified AISD category. Valid per school year. New Vendor

More information

Employer Survey Design and Planning Report. February 2013 Washington, D.C.

Employer Survey Design and Planning Report. February 2013 Washington, D.C. Employer Survey Design and Planning Report February 2013 Washington, D.C. Employer Survey Design and Planning Report (ESDPR) Terms of Reference Employer Survey Manual Employer Survey Design and Planning

More information

Current as of 4/1/16

Current as of 4/1/16 Checklist for Reviewing Procurements Under Grants by Non-Federal Entities (States, local and tribal governments, and private non-profit organizations) 2 CFR pt. 200 This checklist was created to assist

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

2014 NEW JERSEY SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM EMPLOYMENT AND TRAINING PROVIDER (NJ SNAP ETP) PROJECT

2014 NEW JERSEY SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM EMPLOYMENT AND TRAINING PROVIDER (NJ SNAP ETP) PROJECT 2014 NEW JERSEY SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM EMPLOYMENT AND TRAINING PROVIDER (NJ SNAP ETP) PROJECT REQUEST FOR PROPOSALS LIST OF ATTACHMENTS ATTACHMENT A ATTACHMENT B ATTACHMENT C ATTACHMENTS

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES FOR THE PERIOD (March 1, 2014 to February 28, 2015)

REQUEST FOR PROPOSAL FOR AUDIT SERVICES FOR THE PERIOD (March 1, 2014 to February 28, 2015) HEAD START OF GREATER DALLAS, INC. 3954 Gannon Lane DALLAS, TEXAS 75237 REQUEST FOR PROPOSAL FOR AUDIT SERVICES FOR THE PERIOD (March 1, 2014 to February 28, 2015) Solicitation: 14-FAS INQUIRIES AND PROPOSALS

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: GHSC-PSM-TO3-2018-IUD-IDIQ RFQ Purpose: For the procurement of Copper-bearing Intrauterine Contraceptive Device (TCu380A) (Multiple Destinations) Issuance Date:

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS Neighborhood Housing & Public Facilities Improvements Programs Community Development Block Grant (CDBG) Program May 6, 2016 Page 1 of 12 REQUEST FOR QUALIFICATIONS (RFQ) GENERAL,

More information

Procurement System Deep Dive FEBRUARY 2, 2017

Procurement System Deep Dive FEBRUARY 2, 2017 Procurement System Deep Dive FEBRUARY 2, 2017 Objectives Evolution of a requirement and acquisition process How to prepare a solicitation, develop specifications, and identify sources Procurement methods

More information

Request for Proposal (RFP) Reference No: AUAF-RFP Issue Date: June 10, Deadline: July 08, Project

Request for Proposal (RFP) Reference No: AUAF-RFP Issue Date: June 10, Deadline: July 08, Project Request for Proposal (RFP) Reference No: AUAF-RFP-18-014 Issue Date: June 10, 2018 Deadline: July 08, 2018 Project Construction of Three Access Control Buildings at Different Locations of AUAF s International

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

This form will be made a part of any resultant purchase order or subcontract SECTION I

This form will be made a part of any resultant purchase order or subcontract SECTION I Procurement of material, services and supplies for a United States Government contract requires that prime contractors, subcontractors and suppliers comply with socioeconomic programs enacted into public

More information

APPLICABLE COMMERCIAL PROVISIONS WHEN SOLICITATION OR PURCHASE ORDER IS IN SUPPORT OF A GOVERNMENT CONTRACT:

APPLICABLE COMMERCIAL PROVISIONS WHEN SOLICITATION OR PURCHASE ORDER IS IN SUPPORT OF A GOVERNMENT CONTRACT: APPLICABLE COMMERCIAL PROVISIONS WHEN SOLICITATION OR PURCHASE ORDER IS IN SUPPORT OF A GOVERNMENT CONTRACT: General Provisions and Certifications for Government Contracts: The following clauses are applicable

More information

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE:

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE: NOTE: The will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request for Qualifications.

More information

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are

More information

CROW WING COUNTY BRAINERD, MINNESOTA

CROW WING COUNTY BRAINERD, MINNESOTA PROCUREMENT POLICY CROW WING COUNTY BRAINERD, MINNESOTA Adopted by County Board November 12, 2013 Amended November 22, 2016 Our Vision: Being Minnesota s favorite place. Our Mission: Serve well. Deliver

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Women s Leadership Training in Sri Lanka RFP/17/027

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Women s Leadership Training in Sri Lanka RFP/17/027 INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Women s Leadership Training in Sri Lanka 12/2/2016 TABLE OF CONTENTS 1 INTRODUCTION...3 1.1 PURPOSE...3 1.2 COVERAGE & PARTICIPATION...3

More information

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Regular Meeting Agenda Item 8B January 21, 2014 Action REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Recommendation: Staff will make a recommendation to award a contract

More information

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Formal Invitation for Bids (ITB) Bid 2016-70 Annual Contract for Vehicle Paint & Body Work Due: July 29, 2015 before 2:00p.m. Public

More information

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES. PURPOSE AND INTENT OF RULE () The primary purpose of this Rule is to describe the process for developing

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC-19-03 MANAGEMENT AND ORGANIZATIONAL ASSESSMENT Proposal Issue Date: January 4, 2019 Proposal Due Date: January 29,

More information

PROCUREMENT FEDERAL GRANTS/FUNDS

PROCUREMENT FEDERAL GRANTS/FUNDS BRADFORD ACADEMY 6325/page 1 of 6 PROCUREMENT FEDERAL GRANTS/FUNDS Reference: 2 C.F.R. 200.317 -.326 Procurement of all supplies, materials, equipment, and services paid for from Federal funds or Academy

More information

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR-001-01-13 SUBMISSION DEADLINE: Friday, March 1, 2013 at 4:00 p.m. 1 Request for Proposals

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

Fishers Island Ferry District. Request for Proposals. for. Professional Auditing Services

Fishers Island Ferry District. Request for Proposals. for. Professional Auditing Services Fishers Island Ferry District Request for Proposals for Professional Auditing Services Fishers Island Ferry District 261 Trumbull Drive PO Box 607 Fishers Island, NY 06390 (P) 631-788-7463 (F) 631-788-5523

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

Request for Proposal Transition/Vocational Services RFP No

Request for Proposal Transition/Vocational Services RFP No Putnam Valley Central School District Request for Proposal Transition/Vocational Services RFP No. 2014-15-16 Proposal Submission Due: 12:00 PM, June 15, 2015 Submit Proposal to the Attention of: Jill Figarella,

More information

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS (RFP) CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP") May 12, 2017 CHARLOTTE PUBLIC SCHOOLS A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART

More information

Procurements by states General procurement standards.

Procurements by states General procurement standards. e-cfr data is current as of June 2, 2017 200.317 Procurements by states. When procuring property and services under a Federal award, a state must follow the same policies and procedures it uses for procurements

More information

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID #16-3702 Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 The undersigned hereby agrees to all terms and conditions set forth in the Invitation

More information

REQUEST FOR PROPOSALS. Computer Processing Units and Monitors. Full Employment Council, Inc. (FEC)/American Job Center (AJC)

REQUEST FOR PROPOSALS. Computer Processing Units and Monitors. Full Employment Council, Inc. (FEC)/American Job Center (AJC) REQUEST FOR PROPOSALS Computer Processing Units and Monitors Full Employment Council, Inc. (FEC)/American Job Center (AJC) PRE-BID CONFERENCE 10:00 AM THURSDAY, JULY 28, 2016 ********************************

More information

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Maintain an Audit Program and use to audit State Suppliers

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Maintain an Audit Program and use to audit State Suppliers REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Maintain an Audit Program and use to audit State Suppliers Note: This document is available in alternative formats for persons

More information

APPENDIX C COOPERATION AGREEMENTS, REHABILITATION OF FEDERAL AND NON-FEDERAL FLOOD CONTROL WORKS

APPENDIX C COOPERATION AGREEMENTS, REHABILITATION OF FEDERAL AND NON-FEDERAL FLOOD CONTROL WORKS APPENDIX C COOPERATION AGREEMENTS, REHABILITATION OF FEDERAL AND NON-FEDERAL FLOOD CONTROL WORKS EP 500-1-1 C-1. Purpose. This Appendix provides the format for Cooperation Agreements for rehabilitation

More information

Mentor Public Schools Board of Education 8.18 Policy Manual page 1 Chapter VIII Fiscal Management PROCUREMENT WITH FEDERAL GRANTS/FUNDS

Mentor Public Schools Board of Education 8.18 Policy Manual page 1 Chapter VIII Fiscal Management PROCUREMENT WITH FEDERAL GRANTS/FUNDS Policy Manual page 1 PROCUREMENT WITH FEDERAL GRANTS/FUNDS Procurement of all supplies, materials, equipment, and services paid for with federal funds or District matching funds shall be made in accordance

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 02/20/14 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4

More information

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION For Alameda CTC-funded projects subject to the Local Business Contract Equity (LBCE) Program Note to Project Sponsor: Be sure that your legal staff reviews

More information

Procurement Federal Programs

Procurement Federal Programs 626. ATTACHMENT Procurement Federal Programs This document is intended to integrate standard district purchasing procedures with additional requirements applicable to procurements that are subject to the

More information

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Asbestos and Regulated Materials Management Certified List Program

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Asbestos and Regulated Materials Management Certified List Program REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Asbestos and Regulated Materials Management Certified List Program Note: This document is available in alternative formats for

More information

Request for Proposal (RFP) Reference No: AUAF-RFP Issue Date: March 14, Deadline: April 08, Project

Request for Proposal (RFP) Reference No: AUAF-RFP Issue Date: March 14, Deadline: April 08, Project Request for Proposal (RFP) Reference No: AUAF-RFP-18-005 Issue Date: March 14, 2018 Deadline: April 08, 2018 Project Construction of Mosque in International Campus of AUAF Required Sealed Bids must be

More information

PROCUREMENT POLICY. EDD Revision Date: 8/24/00 WDB Review Date: 6/21/07; 12/20/07; 12/17/15 EXECUTIVE SUMMARY: Purpose:

PROCUREMENT POLICY. EDD Revision Date: 8/24/00 WDB Review Date: 6/21/07; 12/20/07; 12/17/15 EXECUTIVE SUMMARY: Purpose: PROCUREMENT POLICY EDD Revision Date: 8/24/00 WDB Review Date: 6/21/07; 12/20/07; 12/17/15 EXECUTIVE SUMMARY: Purpose: This document establishes the Madera County Workforce Development Board s policy regarding

More information

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Commerce Health Insurance Exchange Market Research, Branding and Public Relations

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Commerce Health Insurance Exchange Market Research, Branding and Public Relations REQUEST FOR PROPOSALS (RFP) Minnesota Department of Commerce Health Insurance Exchange Market Research, Branding and Public Relations Project Overview Background Under the Federal Patient Protection and

More information